Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2019 FBO #6365
SOURCES SOUGHT

70 -- Storage Arrays used to store data and archive it

Notice Date
4/26/2019
 
Notice Type
Synopsis
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
19111
 
Solicitation Number
N0018919RFI01
 
Response Due
5/3/2019
 
Archive Date
5/4/2019
 
Point of Contact
Email: james.h.mcdevitt@navy.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION. This is a Request for Information (RFI) issued by Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Philadelphia Office on behalf of the Naval Criminal Investigative Services (NCIS) in Quantico, VA. The Fleet Logistics Center Norfolk, Philadelphia Contracting Office is seeking marketing information, from responsible sources to gain knowledge of potential qualified business sources capable of providing the following same or similar items. NCIS has a requirement to procure two (2) Storage Arrays that will be used to store data and archive it on the NCIS network to support ongoing investigations. The North American Industrial Classification System (NAICS) code is 423430 and the small business standard is 500 employees. Included with this RFI are the draft specification/performance work statement (PWS) associated with this effort for reference when responding to this RFI. Firms offering a system and/or possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this RFI providing industry feedback to the draft specification/PWS. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. All comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to consider suggestions that might enhance competition, improve the clarity of the requirement, or leverage industry expertise, as well as any other ideas that could result in an improved product, warranty or maintenance schedule. The submission should include the following information and reference N0018919RFI01: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size and classification, NAICS Code for this Supply Requirement 3. An indication if any item or service is available under your GSA Schedule. 4. Any information that is an industry standard and not particular to your company including removal and installation performance standards and/or practices that may be considered for this requirement. 5. Please provide an estimated delivery/period of performance for requirement completion. In addition to the delivery Storage Arrays, NCIS also requires a Warranty and Maintenance Plan on the system. Therefore, when responding to this RFI, please provide information about any Warranty and/or Maintenance Plans you offer on your product(s) including types and lengths of warranty and/or maintenance plans and what is included in each plan (i.e., parts, hours of coverage, etc.). Please provide such information for both the product as well as your installation services. This is not a notice of solicitation. This RFI does not constitute a RFQ, nor does this issuance restrict the Government ™s acquisition approach. All responsible sources may submit a capability statement, catalog, or product specifications which shall be considered by the FLC Norfolk Philadelphia Office. The government will consider and analyze all information received; formal responses will not be furnished; however, the information may be utilized in the development of a final specifications/PWS and/or Request for Quotes (RFQ). Responses should be submitted to NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office “ Mr. James McDevitt - Code 280.3J, via email: james.h.mcdevitt@navy.mil. Responses should be submitted no later than 4:00 PM Eastern Time. (EST) on 03 May 2019. No facsimile responses will be accepted. The Government will not reimburse a Contractor for any costs associated with preparing or submitting a response to this notice. Submissions will not be returned. It is incumbent upon the interested parties to review NECO for updates to this RFI. Generic Specification information for NCIS Storage Arrays The Naval Criminal Investigative Services (NCIS) has a requirement to procure two (2) storage arrays capable to meeting its needs. These storage arrays are to be used to store data and archive it on the NCIS network to support ongoing investigations. Additionally, these storage arrays must be able to host virtual machines and maintain a sufficient level of IOPS (input/output operations per second) in order for read-write intensive applications such as PostgreSQL databases and Apache Nifi data processing nodes to function. Data stored on these arrays will be accessed over NFS (Network File Share) mounts and iSCSI LUNs (Logical Unit Number). Engineering specifications were determined by NCIS in terms of effective storage, usable storage, array rack requirements, parts replacement, warranty, FIPS 140-2 compliance, security hardening, and training. At a minimum, the contractor must be capable of providing the following: Training “ The vendor shall be able to provide at least a two- day training course on the storage array system at no cost to the Government. Effective / Usable Storage “ The storage solution shall utilize inline deduplication and compression in order to maximize the storage capacity of the arrays. Protocols “ Protocols for the storage arrays shall be combined in one OS-based licensed, and not charged separately (this includes FC, iSCSI, NFS, CIFS and SMB3). Management “ The storage array shall have a ˜single pane of glass ™ management UI that is securable via TLS 1.2 and is able to control user access via either LDAP or Active Directory. Storage Makeup - The storage array shall consist of two primary types of storage consisting of a SSD and HD based solution in order to optimize read/write times of data. Controller “ The controller head should not exceed a 2U height and shall consist of a dual active/active setup for fail-over and high-availability redundancy. Add-on Shelves “ Add-on shelves shall be available to extend the overall size of the storage array if needed and shall incorporate a similar makeup of SSD and HD based storage. Each add-on shelf shall not exceed 3U in height. Security “ The storage array OS shall be FIPS 140-2 compliant and able to be configured to meet DISA STIG requirements for the latest Storage Array Network STIG. Inline 256bit AES encryption shall be available for data at rest. Warranty “ The storage array system shall have at a minimum a 3 year warranty with 24/7 call support and 4 hour on-site parts replacement along with proactive health checks provided by the storage array vendor. Network Compatibility “ The array shall be able to utilize 10G SFP+ network connections along with an ˜out-of-band ™ connection. Processing / Memory “ The controllers shall be at a minimum quad socket with at least 256 GB of RAM in order to perform efficient and timely deduplication of data. As shown below, are draft specifications determined by NCIS that would meet its needs: Storage Array 1 Specifications: Hybrid disk solution with at least 275TB of disk storage. Disk storage shall consist of at least 70 TB of SSD storage and 205TB of HD storage. Dual Active/Active controller head with Quad Socket Intel Xeon Processor family and at least 256GB of RAM. SAN file system support for Fiber Channel (FC) and iSCSI. NAS file system support for NFS, CIFS, and Samba3 (SMB3) In-line compression and deduplication protocols Quad-port 10Gbps network connectivity (via SFP+) for interconnection to existing network structure 3 Year initial warranty support with on-site parts provided, 24/7 call-in support, and 4 hour onsite part replacement. 2 day training course on the operation and maintenance of the storage system. Complete array shall not exceed 15U of rack space in a standard 42U rack system. Storage system shall be expandable based on potential future data storage requirements. Storage Array 2 Specifications: Hybrid disk solution with at least 150TB of disk storage. Disk storage shall consist of at least 50 TB of SSD storage and 100TB of HD storage. Dual Active/Active controller head with Quad Socket Intel Xeon Processor family and at least 256GB of RAM. SAN file system support for Fiber Channel (FC) and iSCSI. NAS file system support for NFS, CIFS, and Samba3 (SMB3) In-line compression and deduplication protocols Quad-port 10Gbps network connectivity (via SFP+) for interconnection to existing network structure 3 Year initial warranty support with on-site parts provided, 24/7 call-in support, and 4 hour onsite part replacement. 2 day training course on the operation and maintenance of the storage system. Complete array shall not exceed 10U of rack space in a standard 42U rack system. Storage system shall be expandable based on potential future data storage requirements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919RFI01/listing.html)
 
Record
SN05294212-F 20190428/190426230023 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.